|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 6,1996 PSA#1736Department of Veterans Affairs, 4150 Clement Street, San Francisco, Ca.
94121 C -- ARCHITECT/ENGINEER SERVICES -- REPLACE HVAC, BLDG.7 SOL RFP
662-14-97 DUE 020497 POC Daryl L. Hanson (415) 750-2172 A/E services to
include but not limited to preparation of air and water reading report,
design, plans, specifications, estimates, record drawings, reports,
surveys and construction inspections to provide adequate supply and
exhaust air volume, heating and cooling for spaces in Building 7,
DVAMC-San Francisco. This building houses an auditorium, offices,
chapel, classroom, kitchen, retail store, storage and a cafeteria. The
building has a gross square footage of 36,000, has three (3) air
handling units of 14K, 9K and 3K CFM and has four (4) exhaust fans 9K
and below. The survey report shall include air, steam and water reading
of all existing fans, diffusers, ductwork, terminal units and controls
in addition to the typical survey. Work during the preliminary phase
requires air, steam and water reading report and survey prior to the
start of the preliminary design. All drawings shall be in CADD,
including the architectural floor plans for the entire building. Work
shall include but not limited to demolition; replacement of existing
air handling units; replacement of existing VAV boxes; modify existing
ductwork; provide electrical power and VFD; provide additional
controls and piping; and re balance the system as required in
conformance with ASHRAE, NEC, NFPA, VA, UBC, and local codes and
regulations. The replacement of the roof shall be included as part of
this project. The A/E selection criteria shall include the following
elements (a) through (m), in addition to selection criteria in NOTE 24
of the CBD (not necessarily listed in order of importance or merit):
(a) Professional qualifications of the team proposed for this project
necessary for satisfactory performance of required services; (b)
Specialized experience and technical competence in the type of work
required; (c) Specific previous experience and qualifications of
personnel proposed for this project, including project description; (d)
Proposed management plan and team organization during the design phase
and construction phase; (e) Proposed design approach for this project.
Describe design philosophy, any problems anticipated to accomplish
work, how to solve them and innovative approaches in production and
design; (f) Cost control to include what techniques to be utilized, who
is responsible. Discuss recent projects to demonstrate ability to meet
project cost target; (g) Estimating effectiveness. Review the ten most
recently bid projects to demonstrate estimating effectiveness; (h)
Schedule control to include techniques utilized to assure schedules
will be met, who is responsible for them and discuss recent projects to
demonstrate ability to meet project schedules; (i) Geographic locations
and facilities of working offices of prime and all
consultants/subcontractors; (j) Capacity to accomplish work in the
required time; (k) Past performance on Government and private industry
contract to show cost control, quality of work and compliance with
performance schedules; (l) Describe experience and capabilities in the
following areas; Value Engineering, Life Cycle Cost Analysis (LCCA),
Critical Path Method, Fast-Track Construction, Energy Conservation, New
Energy Resources, Environmental Assessment, Specialized Experience,
Computer Aided Design and Drafting (CADD), and other computer
applications; (m) Describe awards received for design excellence.
Describe litigation the firm has been involved in within the last five
years. Indicate type and amount of liability insurance. Estimated
construction cost is $500,000 to $750,000. Although this acquisition is
not a set aside the successful A/E firm must establish a field office
within commuting distance of the DVA Medical Center. Firms meeting
requirements described in this announcement may submit a current SF-255
for the prime A/E and SF-254 for the prime and all consultants to this
office. Negotiations shall result in a firm fixed-price contract. This
is not a Request for Proposal (RFP). See Note(s): 24. (0339) Loren Data Corp. http://www.ld.com (SYN# 0020 19961206\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|